Request for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications
|
|
- Beverly Stone
- 8 years ago
- Views:
Transcription
1 Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses Due Thursday, April 2nd at 3:00pm
2 Table of Contents 1. Background 1.1 City of Monrovia 1.2 Software Proposal 1.3 General Information 1.4 Submission of Proposals 1.5 Contractual Development 1.6 Contract Requirements 1.7 Expenses of Proposal Preparation 1.8 Rights of the City of Monrovia 2. Software Proposal 2.1 Software Requirements 2.2 Support Requirements 3. Vendor Response 3.1 Cover Letter 3.2 Vendor Information 3.3 Requirements Checklist 3.4 Cost Summary 3.5 Product Information 4. Evaluation 4.1 Evaluation Process 4.2 Evaluation Schedule Appendix A. Indemnification, Insurance and Licenses Clauses 2 of 15 3/9/2015
3 1. Background 1.1 City of Monrovia The City is seeking to update or replace a number of aging software applications and add new functionality. The City is looking to update or create modern case management, workorder applications, facility management and asset management capabilities. The proposals can provide a solution that has the desired functionality in a set of integrated applications or the solution can provide for independent best of breed applications. The current case management application is Tidemark. The Tidemark application has been installed for over 13 years and is serving the following departments: Department Community Development: Fire Department: Case Types Business License, Code Enforcement, Building Permit, Yard Sale, Design Review Committee Letter, Planning cases Hazardous Materials, Fire Sprinklers The Public Works Department is currently using a workorder system to track and manage its activities. It is a web based system that runs on a workstation based proprietary database. The system is designed for a small organization and needs to be replaced with a system that can be used enterprise wide. The City is not using a facilities management nor an asset management system at this time. The City is currently using the CFA application for simple fleet maintenance tasks but would like to expand its capability either within CFA or with a new application. The City currently uses Gas Boy Fuel Management System to export data to CFA. The City has the Tyler Technologies MUNIS financial application system. It also has Hyland Software s OnBase document management system. The Fire Department uses the Firehouse management software. The City uses ESRI s ArcGIS family of products. The City has in-house support for GIS based applications along with Crystal Reports and reporting tools. The City has 6 facilities linked by 1 GB fiber connections. The City has Windows 7 based workstations with a mixture of Microsoft office versions. The City is expecting to provide a virtual Windows 2012R2 server along with Microsoft SQL 2012 for each application as necessary. 3 of 15 3/9/2015
4 1.2 Software Proposal The project calls for the acquisition of new software to provide for case management, work orders, facility management, and asset management. The functionality can be provided by multiple software products. The proposed applications can be fully integrated, lighty integrated or independent in nature. Where possible, the City would like to have any new application communicate with either or both of the existing MUNIS finance system and OnBase document management system. The case management function will be expected to provide for case management of the following case types at a minimum: Business Licenses Building Permits Planning Permits DRC Committee Letters Hazardous Materials Inspections NPDES incidents Code Enforcement Apartment Inspections Administrative Fines Grading Permits Fire Sprinkler Permits It is expected that these case types can be developed by trained power users and not just the Information Systems Department or vendor provided staff. The City is interested in the capability of accepting plans for permits electronically. The work order function should allow for the entry and tracking of work orders on a departmental basis. The facility management application should include industry best practices. If possible it should be integrated with the work order system. The asset management system should include industry best practices. The asset management and facility management systems can be integrated into one system but it is not required. If possible, the asset management system should be integrated with the work order system. The asset management system might also manage fleet vehicle assets. The City would prefer that the data be maintained in a format that could be read or integrated with the City s ESRI software. It is expected that data in any current system will be migrated to the replacement system. 1.3 General Information Vendors responding to this request for proposal are expected to provide a certain minimum level of detail in their responses. If the information requested is not provided 4 of 15 3/9/2015
5 in its entirety or is not sufficiently detailed, the evaluation team may determine that the proposal does not meet the minimum requirements. Questions regarding the contents of this proposal must be submitted in writing and directed to : Mitch Cochran Information Systems Manager mcochran@ci.monrovia.ca.us (626) Submission of Proposals Each company responding to this RFP must submit the following in either hard or electronic copy: Hard Copy Option: Four (4) identical copies of the proposal, including the Cost and Reference worksheet and Feature-Function checklist. Deliver this proposal package to: City of Monrovia Attn: City Clerk 415 S. Ivy Ave. Monrovia, CA In the lower left hand corner of the envelope, please indicate: Software Application RFP Response Enclosed Due April 3:00 p.m. Electronic Copy Option: An with attachment to Bids@ci.monrovia.ca.us An electronic submittal must be in PDF form and not over 20Mb in size. The Cost and Reference worksheet and Feature-Function checklist must be submitted as attachments in Excel form. The electronic submittal is not considered received until you receive a confirmation from the City Clerk acknowledging that the proposal has been receive and is acceptable in its form. Time of receipt shall be based on the time indicated by the City s server. The proposals must be received prior to: 5 of 15 3/9/2015
6 Thursday, April 2nd, at 3:00pm Proposals received after the stated hour will not be considered. 1.5 Contractual Development The City reserves the right to reject any and all proposals received, to compare the relative merits of the respective proposals, and to choose a proposal or components which in the sole opinion of the City will best serve the interest or needs of the City. If a proposal is accepted and selected, the City intends to negotiate and enter into a contractual agreement with the vendor firm. The content of the RFP and successful vendor s firm proposal will become an integral part of the contract, but either may be modified by the final negotiated provisions of the contract. 1.6 Contract Requirements Contractual Time Line: The proposed applications are to be installed and in operation by January 1, Insurance Requirements: Any contract shall contain indemnity and insurance provisions substantially in the form of the attached Insurance Clause (Appendix). The cost of providing insurance shall be included in the proposal price, and no additional compensation will be allowed. Any requested changes in the Insurance Clause should be submitted in writing and is subject to approval by the City. 1.7 Expenses of Proposal Preparation Each proposal prepared in response to this RFP shall be prepared at the sole cost and expense of the proposer and with the express understanding that no claims against the City for reimbursement will be accepted. 1.8 Rights of the City of Monrovia The City reserves the right, at its discretion, to pursue any or all the following actions related to the RFP: 1. Issue addenda to the request for proposal. 2. Request additional information and/or clarification from the vendors. 3. Negotiate a contract solely on the basis of the original proposal(s). 4. Negotiate a contract on the basis of additional information supplied by a vendor. 5. Reject, for any reason, any or all proposals, permit the timely correction of errors, waive minor deviations and technical errors and/or 6 of 15 3/9/2015
7 discrepancies and/or waive any informalities in a proposal not affected by law, and accept or reject all or any part of any proposal as may be considered to best serve the public interest and the needs of the City. 6. Issue subsequent requests for proposal or invitations to bid based on the refinement of concepts proposed in response to this RFP. This Request for Proposal (RFP) is not a solicitation and does not obligate the City of Monrovia to accept any proposal, negotiate with any vendor, award a contract or to proceed with the development of any project proposed in response to this RFP. The awarding of any contract shall be subject to such prior governmental approvals or determinations as may be required or appropriate. 2. Software Proposal 2.1 Software Requirements The proposal shall include responses to the Feature Function checklist. The checklist is intended to identify items that will be available as part of the proposal, items that will cost extra, items that will be available at a future date or items that are not planned to be available. Please use the following numbers to identify the features: 1 Feature is part of the proposal 2 Feature is an extra cost to the proposal. 3 Feature is available at a future date 4 Feature is not planned to be available The Feature Function checklist is open to additions. A vendor can add additional features to the bottom of any of the requirements pages. The proposed solution should include the following capabilities: Overall Requirements - The solution can provide any or all of the following application modules: - Case management - Work orders - Facilities management - Asset management - Electronic Plan Submission (optional) - The vendor can also propose multiple applications from different vendors. - All the modules must be integrated and capable of sharing data. - The software currently is in production with other agencies in a similar environment. Licensing It is expected that the application will support the following number of licenses: Application Named Users Concurrent Users 7 of 15 3/9/2015
8 - Case management Workorder Facilities Assets Plan Submission Support Requirements 1. Technical Support a. The vendor must have the capability to provide telephone support during normal business hours, 7:00am to 6:00pm, PST. b. The vendor must have online available for questions and answers regarding application issues. 2. Training a. The vendor must have the capability for on-site training. 3. Updates 3. Vendor Response a. The vendor must have the capability for updating the software. vendor telephone or direct-access support should be available during any major application update procedure. The proposal must be concise and with sufficient detail to allow accurate evaluation and comparative analysis. Please respond to each of the following items in the indicated sequence and format. Attachments containing supporting material in response to specific items may be submitted. All attachments, brochures and supporting materials should be placed in an appendix at the back of the proposal and follow the order of the RFP. Completed forms should be returned in a Microsoft Word or Microsoft Excel compatible form. 3.1 Cover Letter Proposal must be accompanied by a cover letter, signed by an individual authorized to bind the proposing entity. Please include the RFP cover page. 3.2 Vendor Information 1. Vendor Contact - Please provide a company representative to contact for questions. Please include the: Name, Title, Address, Phone, Fax and address 8 of 15 3/9/2015
9 2. The vendor should provide 5 reference installations with comparable volumes, configurations, and system requirements. 3.3 Requirements Checklist 1. Provide an executive summary of proposal. 2. Proposed System Configuration A. Provide detailed description of how the proposal meets the goals of the City as listed in Section 1. B. Include the following items in responding to the proposed system configuration: - Workstation or specialty hardware required - Software required - Server and Network Requirements - Initial configuration installation support provided - Post installation technical support provided - System Administrator, Operations and User Documentation - Training support provided - Description of application software - Optional support available - Software maintenance - Warranties C. Fill out the adjoining Feature/Function worksheet. The worksheet should also be submitted in a Microsoft Excel compatible format. 3. Support Services Provide itemization of hardware and software support services available and the associated cost. 4. Training for Administrators and End Users Identify recommended educational training and costs for both administrator and end users. Specify number of users to be trained with length of training and type (i.e. video, classroom, remote, etc.). 5. Implementation Plan Include a project management plan to administer the project that includes task description, responsible entities, duration and status reporting procedures. 6. References 9 of 15 3/9/2015
10 Vendor shall submit the names, addresses, telephone numbers and length of installation of 5 clients that have installed the proposed applications. 7. Provide cost summary; refer to item 3.4, Cost Summary for details. 3.4 Cost Summary The vendor must state the effective time period for pricing within the proposal. The proposal pricing must be valid for a minimum of 6 months. The vendor is required also to identify any items that are offered as options and not included as part of the bid. As a separate cost list, please estimate any ongoing operational costs apart from maintenance. The City reserves the right to buy all or part of the vendor s offering. 1. Cost Requirements Please include a detailed cost breakdown of the proposed system broken down into the following categories: a. Software Configuration Itemize the application software breakdown. Include software licensing costs if applicable. Please include software maintenance costs for each of the first 5 years and if maintenance is charged during year one. b. Hardware Configuration Itemize any vendor provided hardware costs If specialty hardware is required for some of the applications it must be bid or specified in such detail that the city may obtain a cost. c. Services Itemize costs for project management, hardware maintenance, software maintenance and training. d. Itemize cost of installation, specialty cabling, etc. 2. Format 10 of 15 3/9/2015
11 Please fill-in the attached Excel spreadsheet along with providing it in electronic form. The spreadsheet should include: - Product Name - Brief Description (if not self-explanatory) - Number of users licensed - List Price - Discount - Extended Price The necessary summary information must include: - Software modules - Price - Training - Maintenance - Total Cost - Total 5 year Cost 3.5 Product Information The vendor should attach any supporting materials in the following appendices: Appendix A Appendix B Appendix C Supporting detail for RFP forms Sample contracts (not included as part of response forms) Brochures and other literature 4. Evaluation 4.1 Evaluation Process The RFP response will be evaluated based upon the detailed information provided. Additional information may be sought from vendors. Vendors may be asked to present and explain their RFP response at management and technical levels. The RFP responses that appear to be functionally favorable but not necessarily at a lower cost will be compared to other responses. 1. Evaluation Criteria - Cost - Ability to meet system requirements as specified - Capability of vendor s solution to meet both the current and future application requirements of the City of Monrovia - Quality and availability of the support services proposed. 2. Evaluation Team 11 of 15 3/9/2015
12 The evaluation will be performed by a team composed of members of the Community Development, Public Works, Fire and the Information Systems Departments. 4.2 Evaluation Schedule The city is committed to implementing an effective system in a timely manner. The following schedule is key to accomplishing this goal. March, 2015 April 2, 2015 June, 2015 June, 2015 (tentative) January 1, 2016 Proposal sent to vendors All proposals received City Council Review & Award Start of Implementation System in operation Since some applications may be independent of others, they may have slightly different schedules based upon City resources that are available for the successful implementation. 12 of 15 3/9/2015
13 Appendix A. Indemnification and Insurance Clauses Indemnification Vendor shall indemnify, defend and hold the City of Monrovia, its officers, agents and employees free and harmless from and against any and all claims, liabilities, losses, actions, suits, proceedings, damages and expenses (including all out-of-pocket litigation costs and reasonable fees and expenses of counsel) arising out of or in any way relating to vendor s performance of this agreement. The vendor s indemnity shall not extend to occurrences resulting from the sole negligence or intentional misconduct by the City, its officials, agents, employees, or volunteers. Insurance Vendor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 0001). 2. Insurance Services Office Form Number CA 0001 covering Automobile Liability, code 1 (any auto). 3. Workers Compensation insurance as required by the State of California and Employer s Liability Insurance. Minimum Limits of Insurance Vendor shall maintain limits no less than: 1. General liability: (Including operations, products, and completed operations.) $5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Course of Construction: Completed value of the project with no coinsurance penalty provisions. 13 of 15 3/9/2015
14 4. Workers Compensation: As required by the State of California. 5. Employer s Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either; the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Vendor shall provide a financial guarantee satisfactory to the entity guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired, or borrowed by or on behalf of the Vendor; and with respect to liability arising out of work or operations performed by or on behalf of the contractor including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured endorsement (CG or equivalent) to the Vendor s insurance policy, or as a separate owner s policy. 2. For any claims related to this project, the Vendor s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the entity, its officers, officials, employees, or volunteers shall be excess of the Vendor s insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 4. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code. The Workers Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Vendor, its employees, agents and subvendors. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best s rating of no less than A:VII. Exception may be made for the State Compensation Insurance Fund when not specifically rated. Verification of Coverage 14 of 15 3/9/2015
15 Vendor shall furnish the entity with original certificates and endorsements effecting coverage required by this clause. The endorsements should be on forms provided by the City or on other than the entity s forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received and approved by the entity before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. Subcontractors Vendor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the entity for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. Assignment Vendor shall not assign or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the City of Monrovia, which consent shall not be unreasonably withheld. Any attempt to make such an assignment without the City s consent shall be void. For purposes of this paragraph, if Vendor is a corporation an assignment shall include an actual change in control of Vendor or a change of ownership of more than fifty percent of the voting stock of vendor, where such stock is acquired by a person or group of persons acting in concert, none of whom already own fifty percent or more of the voting stock, singly or collectively. Licenses Vendor represents that it has secured all necessary licenses, consents or approvals to use the software and hardware components of its system and to sell the system under its name. Vendor covenants to defend, indemnify and hold City harmless of any loss, claim or liability in any way related to a claim that City is violating federal, state or local law, or any contractual provisions, relating to trade name, licenses, franchises, patents or other means of protecting interests in products or inventions. Vendor shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked materials, equipment, devices or processes used on or incorporated in the hardware and system software. In such case materials, equipment, devices or processes are held to constitute an infringement and their use is enjoined, Vendor, at its expense shall: (a) secure for City the right to continue using said materials, equipment, deices or processes by suspension of the injunction or by procuring a license or licenses; or (b) replace such materials, equipment, devices or processes with non-infringing materials, equipment, devices or processes; or (c) modify them so that they become non-infringing or remove the enjoined materials, equipment, devices or processes and refund the sum paid therefor without prejudice to any other rights of City. These covenants shall survive the termination of this Agreement. 15 of 15 3/9/2015
Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
More informationCALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
More informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationInsurance Requirements for Contractors (Without Construction Risks)
Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to
More informationTHIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More informationREQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
More informationAGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
More informationCOC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
More informationMemorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationItems 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:
Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of
More informationNPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
More informationThe purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
More informationTABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5
AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to
More informationCITY of DALY CITY INSURANCE REQUIREMENTS
CITY of DALY CITY INSURANCE REQUIREMENTS IMPORTANT NOTE Contractors/Homeowners shall not perform any work, or allow any work to be performed, on behalf of the City or in the City right of way, until the
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationCERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
More informationExhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS
Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles
More informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationCity of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES
City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES PRE-QUALIFIED CONSULTANTS LIST September 24, 2012 Statement of Qualifications/Proposals
More informationMansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
More informationFUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY
FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective
More informationINSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
More informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
More information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More informationTHE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
More informationCITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
More informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
More informationINSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS
INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,
More informationNOTICE OF REQUEST FOR PROPOSALS (RFP) RFP 08-09-DOTPL-004
NOTICE OF REQUEST FOR PROPOSALS (RFP) RFP 08-09-DOTPL-004 ADDENDUM 1 Wide & Metropolitan Area Network Re- Design, Installation, and Configuration Consultant Services September 25, 2009 ADDENDUM 1 RFP 08-09-DOTPL-004
More informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationINDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
More informationRequest for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
More informationSchedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
More informationEXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000
INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter
More informationMINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors
Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,
More informationREQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells
More informationAttachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
More informationAttachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
More informationREQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org
More informationRIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and
RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the
More informationEXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS
EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to Property,
More informationSAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A
SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:
More informationAlterations to Building Request Form
Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.
More informationAppendix J Contractor s Insurance Requirements
Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000
Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold
More informationINDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
More informationGordon L. Mountjoy & Associates, Inc.
INSURANCE REQUIREMENTS CHECKLIST Submit an Acord 25 form and the endorsements as required below. Your insurance must be in compliance immediately after you sign your subcontract and before you start work.
More informationAttachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationCity of Kirkland, WA - Contract For Aircraft Industry
City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationTOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
More informationAttachment 04 Contractor s Insurance Requirements
GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
More informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationMASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
More informationREQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationTown of Somers, Connecticut Geographic Information Consulting Services Request for Proposals
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.
More informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationINDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)
INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationCity of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
More informationHow To Write A Contract Between College And Independent Contractor
Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson
More informationRequest For Price. Work Schedule The project shall commence within a reasonable time of the request.
Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,
More informationSECTION 3 AWARD AND EXECUTION OF CONTRACT
SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that
More information6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property
TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following
More informationLAS VEGAS VALLEY WATER DISTRICT
LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000
More informationREQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities
REQUEST FOR INTEREST PHASE 2 2010 11 Reuse of Community Center Facilities November 30, 2010 1. INTRODUCTION The purpose of this second phase Reuse Request for Interest (RFI) is to solicit Partnership Proposals
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
More informationAGREEMENT BETWEEN COUNTY OF INYO AND FOR COMMUNITY PROJECT SPONSORSHIP GRANT AWARD
AGREEMENT BETWEEN COUNTY OF INYO AND FOR COMMUNITY PROJECT SPONSORSHIP GRANT AWARD INTRODUCTION This Agreement is entered into this day of, by and between the County of Inyo, hereinafter referred to as
More informationCONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
More informationINVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
More informationWITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
More informationRequest for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services
Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide
More informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
More informationSidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
More informationADDENDUM A1. Subcontractor Insurance Requirements
ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationCOUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES
COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES Brunswick County is requesting proposals (RFP) to provide grinding and screening services for yard wastes and land clearing
More informationSubcontractor Insurance & Licensing Requirements Please provide the items below
Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed
More informationUM Insurance Language Guide Standard Clauses and Insurance Language
UM Insurance Language Guide Standard Clauses and Insurance Language May 2015 University of Missouri Risk & Insurance Management Table of Contents Key Components Checklist... 3 Red Flags for Insurance Language...
More informationConstruction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationEXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
More informationREQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationAttachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
More informationAGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
More informationLEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE
LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances
More informationThe West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
More information